30
Republic of Uganda National Planning Authority Request for Proposals Document For Procurement of Consultancy Services without Publication of a Notice of Expression of Interest Subject of Procurement: Independent Evaluation of the Universal Primary Education Evaluation. Procurement Reference Number : NPA/Srvcs/2016-17/00049 Date of Issue: 4 th November , 2016 Standard Request for Proposals Document

Request for Proposals Document For Procurement of ...npa.ug/wp-content/uploads/2017/02/SBD-for-UPE.pdf · Republic of Uganda National Planning Authority Request for Proposals Document

Embed Size (px)

Citation preview

Republic of Uganda National Planning Authority

Request for Proposals Document

For

Procurement of Consultancy Services

without Publication of a Notice of

Expression of Interest

Subject of Procurement: Independent Evaluation of the Universal

Primary Education Evaluation.

Procurement Reference Number : NPA/Srvcs/2016-17/00049

Date of Issue: 4th

November , 2016

Standard Request for Proposals Document

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 2 of 30

PREFACE

1. This Standard Request for Proposals (RFP) document has been prepared by the

Public Procurement and Disposal of Public Assets Authority (PPDA) for use by

Procuring and Disposing Entities (PDEs) for the procurement of Consultancy

Services. The procedures and practices presented in this RFP have been developed

to reflect the requirements of the Public Procurement and Disposal of Public Assets

Act, 2003 and the Public Procurement and Disposal of Public Assets, Regulations

2014 and best international procurement practices.

2. This RFP is suitable for use for procurement of consultancy services without

publication of a notice of expression of interest. The RFP may also be used invite

single or sole source consultants with appropriate modifications to the document.

3. This RFP can be used with the different selection methods described in the PPDA

Regulations namely, quality and cost based selection (QCBS), quality based

selection (QBS), fixed budget selection (FBS), and least cost selection (LCS) and

consultant’s qualification selection (CQS). The User Guide to this RFP further

elaborates on how to use these methods of evaluation in the RFP.

4. Before using this RFP, the user should be familiar with the PPDA Act, 2003 and

Regulations, 2014 and should read the User Guide to this RFP which has been

prepared to provide guidance on the correct use of the Standard Request for

Proposals (RFP) for Consultancy Services as a model for preparing an individual

Request for Proposals.

PPDA welcomes any feedback or comments from the users of this RFP which will assist in improving this document.

The Executive Director,

Public Procurement and Disposal of Public Assets Authority

P.O. Box 3925,

KAMPALA.

[email protected] www.ppda.go.ug

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 3 of 30

Standard Request for Proposals Document

Contents Standard Invitation to Consultants ......................................................................................... 4

Section 1: Instructions to Consultants .................................................................................... 6

Section 2: Technical Proposal Submission Sheet ................................................................. 10

Section 3: Financial Proposal Submission Sheet ............................................................. 13

Part 2: Statement of Requirements ....................................................................................... 15

Terms of Reference .......................................................................................................... 15

Part 3: Contract ..................................................................................................................... 26

Section 5: General Conditions of Contract ....................................................................... 26

Section 6: Special Conditions of Contract ........................................................................ 26

Section 7: Agreement ....................................................................................................... 29

Standard Invitation to Consultants

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 4 of 30

Standard Invitation to Consultants

January 16th

, 2017

Request for proposal for consultancy service to undertake

Independent Evaluation of the Universal Primary Education

Procurement Reference Number: NPA/Srvcs/2016-17/00049

The National Planning Authority (NPA) has allocated funds to be used for the acquisition of

International and national individual consultants with expertise knowledge in the following

areas; (i) Institutional, policy, legal and regulatory frameworks; (ii); Education Economics;

(iii) Curriculum design; and (iv) Teacher training. The international team will be

supported by national counterparts to each of the thematic. In addition, a gender specialist

and a statistician will be included on the national team.

The Entity invites sealed proposals for the provision of the above services.

Bidding will be conducted in accordance with the with the method of short listing of

Consultants without publication of an expression of interest contained in the

Government of Uganda’s Public Procurement and Disposal of Public Assets Act,

2003, the PPDA (Procurement of Consultancy Services) Regulations, 2014 and the

procedures described in Part 1: Proposal Procedures.

You may obtain further information and inspect the proposal documents at the address

given below at 8(a) from 8.30am to 4.00pm

Proposals must be delivered to the address below at 8(c) at or before 28/02/2017.

Late proposals shall be rejected. Proposals will be opened in the presence of the

consultants’ representatives who choose to attend at the address below at 8(d) at

4.30pm

There shall/ shall not be a pre – proposal meeting/ site visit at N/A on the dates

indicated in the proposed schedule in this notice.

Documents may be inspected at: National Planning Authority (NPA), Planning House,

Plot 17A Clement Hill, Road, and Kampala-Uganda

Documents will be issued from: NPA

Proposals must be delivered to: NPA

Address of Proposal Opening: NPA

Please inform us, upon receipt:

(a) that you received the letter of invitation; and

(b) Whether you will submit a proposal alone or in association.

\

Standard Invitation to Consultants

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 5 of 30

The planned procurement schedule (subject to changes) is as follows:

Activity Date

Issue of invitation to bid letter 16th

January , 2017 Proposal closing date 28

th February ,2017

Evaluation Process 01st to 14

th March 2016

Display and communication of

best evaluated bidder

24th

March , 2017

Contract signature After Clearance of SG

Signature:

Name: Joseph Muvawala (PhD)

Position of Authorised Official: EXECUTIVE DIRECTOR

Part 1: Proposal Procedures

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 6 of 30

Section 1: Instructions to Consultants

Procurement Reference Number: ______________________________

Preparation of Proposals: You are requested to submit separate technical and financial

proposals, as detailed below. The standard forms in this RFP may be retyped for

completion but the Consultant is responsible for their accurate reproduction.

You are advised to carefully read the complete Request for Proposals document, including

the Special Conditions of Contract in Part 3: Contract, before preparing your proposal.

Where an electronic copy of the Request for Proposals Document is issued, the paper or

hard copy is the original version. In the event of any discrepancy between the two, the hard

copy shall prevail

Preparation of Technical Proposals: Technical proposals should contain the following

documents and information:

1. The Technical Proposal Submission Sheet in this Part;

2. A brief methodology for performing the services;

3. A work plan, showing the inputs of all key staff;

4. CV’s of key staff;

5. A summary of your experience in similar assignments;

6. The documents evidencing your eligibility, as listed below.

Preparation of Financial Proposals: Financial proposals should contain the following

documents and information:

1. The Financial Proposal Submission Sheet in this Part;

2. A copy of the breakdown of Lump Sum Price form in this Part for each currency of

your proposal, showing all costs for the assignment, broken down into fees and

reimbursable and miscellaneous costs;

Validity of Proposals: Proposals must remain valid until 30/03/2018.

Sealing and marking of Proposals: The technical and financial proposals should be sealed in

separate envelopes, both clearly marked with the Procurement Reference Number above,

the Consultant’s name, the name of the Procuring and Disposing Entity and either

“Technical Proposal” or “Financial Proposal” as appropriate.

Both envelopes should be enclosed in a single outer envelope, clearly marked with the

Procurement Reference Number above, the Consultant’s name and the name of the

Procuring and Disposing Entity. All three envelopes should be sealed in such a manner that

opening and resealing cannot be achieved undetected and bear a warning not to open before

the time and date for proposal opening.

Submission of Proposals: Proposals should be submitted to the address below, no later than

the date and time of the deadline below. Any proposal received by the Procuring and

Disposing Entity after the deadline for submission of proposals shall be declared late,

rejected, and returned unopened to the Consultant.

Date of deadline: 28/02/2017.

Time of deadline: 4.30 pm.

Address: National Planning Authority

P.Box.21434 Kampala-Uganda

Part 1: Proposal Procedures

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 7 of 30

Opening of Proposals: Technical Proposals will be opened in public by the Procuring and

Disposing Entity at the time, date and address shown above for submission of proposals. A

record of the opening will be posted on the Procuring and Disposing Entity’s Notice Board

within one working day of the opening. Financial Proposals will be kept unopened and the

evaluation committee shall have no access to financial information until the detailed

evaluation is concluded.

Evaluation of Proposals: The evaluation of Proposals will use the ____________________

methodology as detailed below:

1. Preliminary examination to determine eligibility (as defined below) and

administrative compliance to this Request for Proposals on a pass/fail basis;

2. Detailed evaluation ____________________;

3. Financial comparison ____________________ and to determine the best evaluated

bid.

Proposals failing any stage will be eliminated and not considered in subsequent stages.

Eligibility Criteria: You are required to meet the following criteria to be eligible to

participate in public procurement:

1. have the legal capacity to enter into a contract;

2. not be insolvent, in receivership, bankrupt or being wound up or subject to legal

proceedings for any of these circumstances;

3. not have had your business activities suspended;

4. have fulfilled your obligations to pay taxes and social security contributions;

5. have the nationality of an eligible country, as defined in the Special Conditions of

Contract;

6. not to have a conflict of interest in relation to this procurement requirement; and

7. not to be subject to suspension by the Public Procurement and Disposal of Public

Assets Authority.

Documents Evidencing Eligibility: Consultants are requested to submit copies of the

following documents as evidence of your eligibility and sign the declaration in the

Technical Proposal Submission Sheet:

1. A certificate of registration issued by the Authority for bidders currently registered

with the Authority or a copy of the Bidder’s Trading license or equivalent and a

copy of the Bidder’s Certificate of Registration or equivalent for bidders not

currently registered with the Authority;

2. Evidence of fulfillment of obligations to pay taxes and social security contributions

in Uganda where applicable

3. Any other relevant documentation.

Nationality of Personnel: All personnel employed under any resulting contract shall have

the nationality of an eligible country as defined in the Special Conditions of Contract. Any

related supplies or works purchased under any resulting contract shall have as their country

of origin an eligible country, as defined in the Special Conditions of Contract.

Part 1: Proposal Procedures

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 8 of 30

Technical Criteria: Proposals shall be awarded scores out of the maximum number of points

indicated below for each of the following criteria:

Specific Experience

(a) 8 year working experience in

undertaking policy research

(b) Minimum of 10 years of experience in

analyzing the household survey data

(c) Availability and motivation to commit

significant time to the process of

producing a high-quality product.

(d) Availability and motivation to commit

significant time to the process of

producing a high-quality product.

(e) Availability and motivation to commit

significant time to the process of

producing a high-quality product.

(f) Sound knowledge on the situation in the

Uganda’s Education system

(g) Superior analytical and writing skills,

preferably demonstrated by the peer-

reviewed journals.

(h) Excellent communication and highly

developed self-management skills

(i) Previous experience in working with

modeling is an asset.

35

Methodology Proposed 35

Qualification of Key Personnel

An advanced degree in Economics,

Development Economics, Economic Policy

and Planning, Statistics and Social Science

or a closely related field from a reputable

University

10

Transfer of Knowledge

(a) Proven experience working with teams

and liaising with inter-agency teams

15

Participation by Nationals 05

Total: 100

The minimum technical score required to pass the technical evaluation is 70 points.

Financial Criteria:

Currency: Proposals may be priced in Uganda Shillings or any other freely convertible

currency and in up to two currencies. The currency of evaluation will be _______________.

Proposals in other currencies will be converted to this currency for evaluation purposes

Part 1: Proposal Procedures

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 9 of 30

only, using the exchange rates published by the Bank of Uganda on the date of the

submission deadline.

Best Evaluated Bid: The best evaluated bid shall be _________ and shall be recommended

for award of contract. The Procuring and Disposing Entity shall issue a Notice of Best

Evaluated Bidder within 5 working days from the decision of the contracts committee to

award a contract, place such Notice on its notice board for the prescribed period, copy the

Notice to all Consultants and to the Authority for publication on its website, prior to

proceeding with contract award.

Award of contract: Award of contract shall be by placement of an Agreement in accordance

with Part 3: Contract. A Procuring and Disposing Entity shall not award a contract to the

best evaluated bidder until the lapse of ten days after the date of display of the Notice of

Best Evaluated Bidder.

Right to Review: Consultants may seek administrative review by the Accounting Officer in

accordance with the Public Procurement and Disposal of Public Assets Act, 2003 if they are

aggrieved with the decision of the Procuring and Disposing Entity.

Right to Reject: The Procuring and Disposing Entity reserves the right to accept or reject

any proposal or to cancel the procurement process and reject all proposals at any time prior

to contract signature and issue by the Procuring and Disposing Entity, without incurring

any liability to Consultants.

Part 1: Proposal Procedures

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 10 of 30

Section 2: Technical Proposal Submission Sheet [Complete this form with all the requested details and submit it as the first page of your

technical proposal, with the documents requested above attached. Ensure that your

technical proposal is authorized in the signature block below. A signature and

authorization on this form will confirm that the terms and conditions of this RFP prevail

over any attachments. If your proposal is not authorized, it may be rejected.]

Proposal Addressed to (Procuring

and Disposing Entity):

Date of Technical Proposal:

Procurement Reference Number:

Subject of Procurement:

I/We offer to provide the services described in the Statement of Requirements, in

accordance with the terms and conditions stated in your Request for Proposals referenced

above.

I/We confirm that I/we are eligible to participate in public procurement and meet the

eligibility criteria specified in Part 1: Proposal Procedures of your Request for Proposals.

I/We, including any subcontractors or consultants for any part of the contract resulting from

this procurement process are registered with the Authority. [Consultants who are not

registered or whose subcontractors are not registered should amend the statement to reflect

their status].

I/We have signed and undertake to abide by the Code of Ethical Conduct for Bidders and

Providers attached during the procurement process and the execution of any resulting

contract;

My/Our proposal shall be valid until ___________________ [insert date, month and year]

and it shall remain binding upon us and may be accepted at any time before or on that date;

I/We enclose a separately sealed financial proposal.

Technical Proposal Authorised By:

Signature:

__________________________

Name:

____________________________

Position:

__________________________

Date:

____________________________

Authorised for and on behalf of:

(DD/MM/YY)

Company:

________________________________________________________________

Address:

________________________________________________________________

________________________________________________________________

Part 1: Proposal Procedures

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 11 of 30

CODE OF ETHICAL CONDUCT IN BUSINESS FOR BIDDERS AND PROVIDERS (Under Section 93 of the Public Procurement and Disposal of Public Assets Act, 2003)

1. Ethical Principles

Bidders and providers shall at all times-

(a) maintain integrity and independence in their professional judgement and conduct;

(b) comply with both the letter and the spirit of-

i. the laws of Uganda; and

ii. any contract awarded.

(c) avoid associations with businesses and organisations which are in conflict with this

code.

2. Standards

Bidders and providers shall-

(a) strive to provide works, services and supplies of high quality and accept full

responsibility for all works, services or supplies provided;

(b) comply with the professional standards of their industry or of any professional body

of which they are members.

3. Conflict of Interest

Bidders and providers shall not accept contracts which would constitute a conflict of

interest with, any prior or current contract with any procuring and disposing entity.

Bidders and providers shall disclose to all concerned parties those conflicts of interest

that cannot reasonably be avoided or escaped.

4. Confidentiality and Accuracy of Information

(1) Information given by bidders and providers in the course of procurement processes

or the performance of contracts shall be true, fair and not designed to mislead.

(2) Providers shall respect the confidentiality of information received in the course of

performance of a contract and shall not use such information for personal gain.

5. Gifts and Hospitality

Bidders and providers shall not offer gifts or hospitality directly or indirectly, to staff of

a procuring and disposing entity that might be viewed by others as having an influence

on a government procurement decision.

6. Inducements

(1) Bidders and providers shall not offer or give anything of value to influence the

action of a public official in the procurement process or in contract execution.

(2) Bidders and providers shall not ask a public official to do anything which is

inconsistent with the Act, Regulations, Guidelines or the Code of Ethical Conduct in

Business.

7. Fraudulent Practices

Bidders and providers shall not-

(a) collude with other businesses and organisations with the intention of depriving a

procuring and disposing entity of the benefits of free and open competition;

(b) enter into business arrangements that might prevent the effective operation of fair

competition;

(c) engage in deceptive financial practices, such as bribery, double billing or other

improper financial practices;

Part 1: Proposal Procedures

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 12 of 30

(d) misrepresent facts in order to influence a procurement process or the execution of

a contract to the detriment of the Procuring and Disposing Entity; or utter false

documents;

(e) unlawfully obtain information relating to a procurement process in order to

influence the process or execution of a contract to the detriment of the PDE;

(f) withholding information from the PDE during contract execution to the detriment

of the PDE.

I ................................................ agree to comply with the above code of ethical conduct

in business.

--------------------------------------- -----------------------------------------------

AUTHORISED SIGNATORY NAME OF CONSULTANT

Part 1: Proposal Procedures

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 13 of 30

Section 3: Financial Proposal Submission Sheet [Complete this form with all the requested details and submit it as the first page of your

financial proposal, with the documents requested above attached. Ensure that your

proposal is authorised in the signature block below. A signature and authorisation on this

form will confirm that the terms and conditions of this RFP prevail over any attachments. If

your proposal is not authorised, it may be rejected. The total price of the proposal should

be expressed in the currency or currencies permitted in the instructions above.]

Proposal Addressed to (Procuring

and Disposing Entity):

Date of Financial Proposal:

Procurement Reference Number:

Subject of Procurement:

The total price of our proposal is: _______________ .

We confirm that the rates quoted in our Financial Proposal are fixed and firm for the

duration of the validity period and will not be subject to revision or variation.

Financial Proposal Authorised By:

Signature:

__________________________

Name:

____________________________

Position:

__________________________

Date:

____________________________

Authorised for and on behalf of:

(DD/MM/YY)

Company:

________________________________________________________________

Address:

________________________________________________________________

________________________________________________________________

________________________________________________________________

Part 1: Proposal Procedures

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 14 of 30

Breakdown of Lump Sum Price

[Complete this form with details of all your costs and submit it as part of your financial

proposal. Where your costs are in more than one currency, submit a separate form for each

currency. Authorise the rates quoted in the signature block below.]

Procurement Reference Number: ______________________________

Purchase Order Serial Number: ______________________________

[Purchase Order Serial Number to be completed in the event of award of contract only]

CURRENCY OF COSTS: ____________________

FEES

Name and Position of Personnel Input

Quantity

Unit of

Input

Rate Total Price

TOTAL:

REIMBURSABLE AND MISCELLANEOUS COSTS

Description of Cost Quantity Unit of

Measure

Unit Price Total Price

TOTAL:

TOTAL LUMP SUM PRICE IN CURRENCY: ____________________

Breakdown of Lump Sum Price Authorised By:

Signature:

__________________________

Name:

____________________________

Position:

__________________________

Date:

____________________________

Authorised for and on behalf of:

(DD/MM/YY)

Company:

________________________________________________________________

Part 2.: Statement of Requirements

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 15 of 30

Part 2: Statement of Requirements

Terms of Reference

Procurement Reference Number: NPA/Srvcs/2016-17/00049

Terms of Reference for independent Evaluation of the Universal

Primary Education 1. Background

The Government of Uganda through the Education Policy Review Commission issued a report in 1989 that called for the universal primary

education (UPE) by the year 2000. According to the report, the objectives of the UPE program are to: (1) provide facilities and resources to enable every

child to enter school; (2) ensure the completion of the primary cycle of education; (3) make education equitable in order to eliminate disparities and inequalities; (4) ensure that education is affordable by the majority of

Ugandans; and (5) reduce poverty by equipping every individual with basic skills.

The NDP2 highlights that the implementation of UPE program since 1997 resulted into increased access, from 2.5 million to 8.5 million pupils in

2013. The NDP2 baseline data also indicates that the repetition rate reduced from 11.7percent in 2009 to 10.3percent in 2013, while the gender gap in primary schools has narrowed to about 1percent

(50.5percent girls and 49.5percent boys). On the other hand, the Pupil-textbook ratio stagnated at an average of 4:1 and the pupil-teacher ratio at

the national level also stagnated at 49:1 during the period between 2009 and 2013.

A number of studies have shown that the UPE programme continues to face the challenges of high school drop-out rates, low completion rates and low performance on learning outcomes and limited impact on inequality

and poverty reduction. These trends are significantly aggravated by social and economic challenges (UWEZO Uganda sixth Learning Assessment

Report (2016), ANPPCAN-UGANDA (2008)). With regard to the post-UPE skills development, while significant progress

has been made towards skilling of the country’s labour force, the economy still faces substantial skills gaps in key sectors. Over the last five years, progress has been made mainly in formal areas of Business, Technical,

Vocational Education and Training (BTVET), registering a 73 per cent increase in enrolment, from 24,598 in 2009 to 42,674 in 2013, of which

28,024 (66 per cent) are male and 14,650 (34 per cent) are female. At the higher education level, total enrolment increased by 18 per cent from 169,476 in 2009 to 201,376 in 2013, with a significant increase in female

enrolment.

Part 2.: Statement of Requirements

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 16 of 30

Piecemeal analysis of UPE outputs and outcomes provide mixed results that make it difficult to precisely provide the success and drawbacks of the

programme that should form the basis for the roadmap towards achieving the desired UPE objectives and quality.

It is within this context that the National Planning Authority, in consultation with all concerned bodies, development partners and other

key non-state actors, is commissioning an independent comprehensive evaluation of the UPE program, to provide lessons required to inform wide-ranging policy planning and implementation improvements.

In order to carry out this evaluation, the Authority wishes to engage a team of Five (5) International consultants and Ugandan counterparts to

undertake the activity.

Objectives of the Consultancy The overall objective of this evaluation is to assess the policy impact of the

UPE program on learning outcomes, skills development, poverty reduction, inequality and affordability in order to provide a benchmark for informed policy action for sustainable quality UPE delivery.

The specific objectives for the UPE evaluation are to:

1) Assess the extent to which the goals and objectives of the UPE program have been achieved and their relevance;

2) Assess the adequacy of the policy, legal and regulatory frameworks

in the delivery of UPE; 3) Assess the adequacy of the implementation institutional framework

and coordination mechanisms (i.e. Structures, Key Actors, Roles and Responsibilities, UPE Partners) in the delivery of UPE;

4) Assess the effectiveness of the Planning, budgeting, monitoring and

Financing Frameworks; and 5) Assess the impact of the UPE program on acquisition of basic skills

and knowledge necessary for exploitation of the environment for self-

development, life sustenance and social development.

2. Scope Overall, the independent review of the UPE program will be bench-marked

on international best practices that include:

Relevance: This will involve assessing the extent to which the program is suited to the National Development Planning framework that is currently in place by considering:

The extent to which the objectives are still relevant and valid;

Consistency of the activities and outputs to the overall UPE goals

and objectives; and

Part 2.: Statement of Requirements

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 17 of 30

Consistency of the activities and outputs to the intended UPE impacts and effects.

Effectiveness: This will involve:

Assessing the relevance of the policy extent of achievement and

likelihood of achieving the objectives; and

Establishing the major factors influencing the achievement or non-

achievement of the objectives the and propose policy actions required to remedy the situation.

Efficiency: This will involve an assessment of the efficiency in achieving the outputs (qualitative and quantitative), in relation to the inputs. The

efficiency assessments will thus include analyses of the cost-effectiveness, quality, timeliness, in comparison to alternatives.

Impact: This will involve assessing the positive and negative changes from the UPE program, direct and indirect and intended and unintended. The

impact assessment of the UPE programme will therefore analyse the results of the social, economic, environmental and other development indicators. In particular, the analysis will include the resulting effects of

UPE and the difference made to beneficiaries.

Sustainability: The comprehensive UPE Evaluation will also include assessing continuity of the UPE programme in relation to budgetary, capacity and partnerships implications including community participation

aspects.

3. Duties and Responsibilities 3.1 Key Activities

(i) Review existing materials: The Consultant is expected to review

and analyse materials that are relevant to the comprehensive UPE

evaluation. These include; the documented policy, legal and regulatory frameworks, the documented landmarks of the UPE

institutional frameworks, existing reviews and documented studies.

(ii) Undertake fieldwork to collect data relevant to the review: The

Consultant is expected to undertake fieldwork within the country for purposes of collecting data to inform the evaluation; conduct data

analysis; and conduct meetings with stakeholders at various levels to obtain accurate information, as will be found necessary. This will entail analysis of: the effectiveness of the Planning, budgeting and

Financing Frameworks; and the impact of the UPE program on acquisition of basic skills and knowledge necessary to exploit the environment for self-development, life sustenance and social

development.

Part 2.: Statement of Requirements

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 18 of 30

(iii) Conduct workshops and conferences: The Consultant will conduct consultations, information gathering and validation workshops to

inform analysis and the recommendations of the evaluation. The Consultant will also participate and take lead in the national report dissemination conference; and

(iv) Preparation of the reports: The Consultant is expected to produce

a report based on the dimensions of the evaluation, namely; (i) Policy, legal, regulatory and institutional frameworks; (ii) Education Economics; (iii) Teacher Training; and (iv) The Consultant will also

produce a synthesised final summary report on the pertaining situation, findings and recommendations.

3.2 Deliverables

Key deliverables expected from the Consultant are: ii Inception report detailing the Consultant’s understanding of the

terms of reference, scope, methodology for executing the evaluation,

including a proposed structure of the Report iii The consolidated UPE Evaluation Report containing findings and

analysis from the 5 thematic areas, in three (3) copies of both soft

and hard copy iiii Data bases comprising the data collected for NPA archiving

In utilizing the services of the Consultant, the National Planning Authority will;

i. Constitute the team and partners to work with the Consultant

ii. Source funding for the evaluation iii. Be responsible for coordination and management of the pre-evaluation

arrangements and fieldwork of the evaluation

iv. Take responsibility for the overall activity and ensure achievement of intended evaluation objectives

4.0 Operational Structure and Management

4.1 Operational Structure The evaluation will be executed through a team of International

consultants who will be procured through competitive bidding. The team of international consultants will comprise experts in the areas of: (i)

Institutional, policy, legal and regulatory frameworks; (ii); Education Economics; (iii) Curriculum design; and (iv) Teacher training. The international team will be supported by national counterparts to each of

the thematic. In addition, a gender specialist and a statistician will be included on the national team.

Part 2.: Statement of Requirements

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 19 of 30

The evaluation will be technically overseen by NPA under the leadership of the Executive Director in a collaborative arrangement of various key

agencies, namely: (i) Ministry of Education and Sports; (ii) Uganda National Examinations Board (UNEB); (iii) Ministry of Local Government; (iv) the Civil Society (NGO Forum); (v) Makerere School of Statistics and Planning;

(vi) Ministry of Gender, Labour and Social Development; (vii) Economic Policy Research Centre (EPRC); (viii) Office of the Prime Minister; (ix)

Ministry of Finance Planning and Economic Development; (x) Uganda Bureau of Statistics; and (xi) the Education Donor Working Group. Representatives of these institutions will constitute the inter-agency

technical committee to over-see the technical implementation of the evaluation. Terms of Reference will be drawn for the technical committee and other sub-committees to be put in place.

The inter-agency committee will be responsible for quality assurance and

recommending all technical outputs for approval by the NPA Executive Authority.

4.2 Timing and reporting The comprehensive UPE evaluation is expected to take duration of 5

calendar months.

All the consultants will be responsible to the Executive Director of NPA but the day to day management will be done by the Head Monitoring and Evaluation.

5 Team Composition

The team composition and expertise required is as follows:

The lead Consultant will be expected to also take responsibility of one of the thematic areas, from among; (i) institutional framework, (ii) policy, legal and regulatory frameworks, (iii) Education Economics, (iv)

Curriculum design, (v) Teacher training. The local consultants will be expected to contribute counter-parts to each of the above areas in addition

to providing a gender specialists and a statistician. The international consultants will be the team leaders of all the 5 thematic

areas.

6. Remuneration

Payments for all the Consultants involved will be made in three

instalments, in line with the contract agreement as follows: i. 30 per cent upon production and approval of an inception report; ii. 40 per cent upon production of an acceptable draft report; and

Part 2.: Statement of Requirements

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 20 of 30

iii. 30 per cent upon production and approval of the final report and other deliverables herein specified.

7. Application procedure

Applicants, both international and national are required to submit their Expression of Interest comprising both the technical and financial

proposals by 3rd February 2017.

8. Specific Terms of Reference and Qualifications for the

International Consultants This evaluation will require four (4) individual International and

counterpart Local experts in the areas of: Policy, Legal, Regulatory and Institutional Frameworks; Education Economics; Curriculum Design; and

Teacher Training. The specific Terms of Reference and required qualifications for the International Consultants are given in the sections below.

i) Policy, Legal, Regulatory and Institutional Frameworks

Consultant (Team Leader)

Qualifications and experience:

Master’s Degree in the; Legal field, Public Administration, Education Policy and Planning or other relevant fields.

Experience: Proven experience in developing and reviewing draft Laws,

regulations, and other Government documents;

Extensive knowledge of policy, legal and regulatory framework in the area of Education;

Good knowledge of Government of Uganda Public Sector Management and Administration architecture and operations

Overall knowledge about Public Administration management tools.

At least ten (10) years of professional experience in Educational

Policy Planning, coordination and/or implementation of Educational programmes and/or monitoring and evaluation

Abilities: Ability to analyse, develop and review legal, regulatory and

institutional frameworks;

Ability to work in a team;

Efficient communications and writing skills;

Personal qualities: Management competences, 6Responsibility, creativity, promptness

and punctuality.

Part 2.: Statement of Requirements

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 21 of 30

Specific Terms of Reference

a. Collect and analyse available documentation regarding the UPE

Policy, Legal, Regulatory and Institutional frameworks;

b. Assess the effectiveness and impact of the existing policy, legal,

regulatory and institutional frameworks within which the UPE

programme is implemented;

c. Analyse the existing policy, legal, regulatory and institutional

frameworks, with a view to benchmark them to international best

practices;

d. Assess the extent of implementation of the policy, legal, regulatory

and institutional reforms aimed at achieving the UPE objectives; and

e. Identify Policy, legal and regulatory framework barriers to successful

implementation of UPE in Uganda.

ii) Education Economics Consultant

Qualifications

A Master’s degree in Economics, Statistics, Development Economics,

Economic Policy and Planning, Education Economics, or a closely related

field from a reputable University. A PhD in a relevant discipline will be an

added advantage.

Experience

Experience in management and analysis of time-series and survey data

Good understanding of the education sector for better understanding of

handling data sets

He/she should have at least 5 years working experience with

educational related systems especially for Uganda.

Abilities

Skills in Statistics and Economic Analysis

Ability to analyse qualitative and quantitative

Ability to work in a team;

Efficient communications and writing skills;

Personal qualities: Management competences, Responsibility, creativity, promptness and

punctuality.

Specific Terms of Reference

a. Review literature relating to UPE financing, performance and delivery

systems and mechanisms to inform the UPE evaluation;

Part 2.: Statement of Requirements

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 22 of 30

b. Assess the effectiveness and efficiency of the UPE financing systems

and mechanisms;

c. Assess the efficiency and effectiveness of planning, budgeting and

financing frameworks.

d. Identify the most significant factors that have influenced the UPE

outcomes;

e. Assess the impact of the political economy and socioeconomic

changes on the performance of the UPE programme;

f. Analyse the economic and social benefits of UPE, with a view to

provide medium term national estimates of the benefits; and

g. Assess sustainability of the UPE programme within the projected

National Vision 2040 macroeconomic framework.

(iii) Curriculum design

Qualifications

A Master’s degree in Education and instructional design or a closely

related field from a reputable University. A PhD in a relevant discipline will

be an added advantage.

Experience • Minimum of 3 years in instructional design experience

Long-term planning curricular design experience based on a given set of standards

Understanding of curriculum Design principles

Experience planning and scripting individual objective-driven lessons

Experience in developing active, practice-based learning experiences

(e.g., simulations, role plays, etc.; not lectures and worksheets)

Experience in teaching and/or designing instructional content

Evidence/experience driving learning interventions that have delivered

impact

Familiarity with the curriculum design spectrum of Uganda

Abilities

Proactive collaborator, willing to propose solutions and ideas to

challenges based on expertise, debate their merits, and make final recommendations for curriculum design

Self-reflective and open to frequent feedback from players in the

education sector.

Proactive collaborator, willing to propose solutions and ideas to challenges based on expertise, debate their merits, and make final

recommendations for curriculum design

Personal qualities:

Part 2.: Statement of Requirements

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 23 of 30

Responsibility, creativity, promptness and punctuality.

Specific Terms of Reference

a. Review and analyse literature regarding reforms in the country’s UPE

curriculum design to inform the comprehensive evaluation;

b. Assess the relevance and effectiveness of the current UPE curriculum in

development of talent and innovation and enhancing learning

outcomes;

c. Assess the relevance and effectiveness of the UPE programme in

acquisition of basic skills and knowledge necessary for exploitation of

the environment for self-development, life sustenance and social

development; d. Assess and provide recommendations on best practices for building

learning interventions, to ensure highest quality products; and

e. Assess and provide recommendations on best practices for learning

management systems use.

iv) Teacher training

Qualifications:

A Master’s degree in Education and experience in instructional design or a

closely related field from a reputable University. A PhD in a relevant

discipline will be an added advantage.

Experience:

Demonstrated leadership, management and coordination skills, Ability to write clear technical reports in English and excellent

command of English and associated writing skills. Participation in meaningful collaboration between government and

Education Sector counterparts and local capacity development Proven ability as a facilitator/trainer and Manager Strong communication and presentation skills in English

Ability to work collaboratively with TAs supported by different entities Be fully computer literate

Experience working in Uganda will be an added advantage.

Abilities:

Good knowledge and skills in education planning and management

Good appreciation economic concepts and applied education economics

Good analytical skills

Very good team work skills and attitude

Part 2.: Statement of Requirements

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 24 of 30

Good leadership and coordination skills. Excellent writing, communication, and knowledge transfer skills( for

capacity building activities)

personal qualities:

Good Management skills, Responsibility, creativity, promptness and

punctuality.

v) Team Leader

Qualifications:

A Master’s degree in Economics, Educational Planning and Management,

Institutional/Organisational development or related areas. Atleast ten(10)

years of professional experience in education policy, planning, coordination

and,or implementation of educational programmes programmes and/or

monitoring and Evaluation. A PhD in the fields above will be an added

advantage.

Experience:

A minimum of 8 years of professional experience in developing teacher

training curricula and coordinating teacher training activities and inputs.

At least 6 years working experience in designing and implementing teacher training activities and professional development.

Experience in training of Teachers.

Preferably experience in working with Uganda and familiarity with Teacher training policies and procedures.

Experience working in Uganda will be an added advantage.

Abilities:

Excellent communication and knowledge transfer skills (for capacity

building activities). Good leadership and coordination skills.

personal qualities:

Management competences, Responsibility, creativity, promptness and

punctuality.

Specific Terms of Reference

a. Review available literature on teacher training reforms to inform the

comprehensive evaluation;

b. Assess the effectiveness and efficiency of the current teacher training

and development approaches in achieving UPE objectives;

Part 2.: Statement of Requirements

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 25 of 30

c. Assess the effectiveness and relevancy of the current UPE support to

teachers.

d. Assess the effectiveness of the UPE feedback systems to curriculum

developers

e. Assess effectiveness of time on task and other aspects that play a role

in effective teaching.

f. Assess the effectiveness and relevancy of student performance in

determining progress, as well as assessment of teacher uptake of

education materials.

Part 4: Contract

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 26 of 30

Part 3: Contract

Section 5: General Conditions of Contract

Any resulting contract shall be subject to the Government of Uganda General Conditions of

Contract (GCC) for the Procurement of Consultancy Services (available on request) except

where modified by the Special Conditions below.

Section 6: Special Conditions of Contract

Procurement Reference Number: NPA/Srvcs/2016-17/00049

The clause numbers given in the first column correspond with the relevant clause number

of the General Conditions of Contract.

GCC clause

reference

Special Conditions of Contract

Eligible

Countries

GCC 1.2 (e)

All countries are eligible, unless as a matter of law or official regulation,

the Government of Uganda prohibits commercial relations with that

country or by an act of compliance with a decision of the United Nations

Security Council taken under Chapter VII of the Charter of the United

Nations, the Government of Uganda prohibits any import of Supplies

from that country or any payments to persons or entities in that country.

Authorised

Representatives

GCC 4.4

The Authorised Representatives are:

For the Procuring and Disposing Entity: Executive Director

for the Consultant: ___________________________

Governing Law

GCC 5.1

The Contract shall be governed by the Laws of Uganda.

Notices

GCC 7.1

For notices, the Procuring and Disposing Entity’s address shall be:

Attention: Executive Director

Street Address: National Planning Authority

Floor/Room number: Plot 15A Clement Hill road

Town/City: Kampala-Uganda

P. O. Box: 21434

Country: Uganda

Telephone:

Facsimile number: +256-414 250213

Electronic mail address: [email protected]

For notices, the Provider’s address shall be:

Attention: ______________________

Street Address: ______________________

Floor/Room number: ______________________

Town/City: ______________________

P. O. Box: ______________________

Country: ______________________

Telephone: ______________________

Facsimile number: ______________________

Part 4: Contract

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 27 of 30

GCC clause

reference

Special Conditions of Contract

Electronic mail address: ______________________

Commencement

GCC 8.1

The Consultant shall commence the Services within _______________

after the date of the Contract.

Dispute

Resolution

GCC 17.2

The formal mechanism for dispute resolution shall be the Arbitration and

Conciliation Act Cap 4 of the Laws of Uganda.

Completion

Period

GCC 18.1

The period for the completion of the Services shall be:

Five Calendar months

Payment

GCC 22.1

The Contract is a ___________________________ (Lump Sum or Time

Based Contract.

Payment

Documentation

GCC 24.1

The following documentation shall be required to support invoices

requesting payments:

The Government of Uganda General Conditions

of Contract.

Special Conditions of this Contract

The Terms of Reference

Acceptable report(s)from the Provider, in the

manner, style and at the times prescribed in the

Special Conditions of this Contract

Award letter

Acceptance letter

Payment

Schedule

GCC 25.1

The payment schedule shall be: three instalments;

(i) 20 per cent upon production and approval of an inception

report ;

(ii) 30 per cent upon production of an acceptable draft report

; and report

(iii) 50 per cent upon production of and approval of the final

report and other deliverables herein specified.

Payment Period

GCC 27.1

Payments shall be made by the Procuring and Disposing Entity within

thirty days of receipt and certification of invoices accompanied by the

supporting documents specified in GCC 24.1.

Insurance to be

taken out by the

Provider

GCC 40.1

The Consultant shall take out and maintain the following insurance

coverage:

(i) Third Party motor vehicle:

(ii) Third Party liability:

(iii) Employer’s liability and workers’ compensation:

Part 4: Contract

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 28 of 30

GCC clause

reference

Special Conditions of Contract

(iv) Professional liability:

(v) Loss or damage to equipment and property:

(vi) Other:

Part 4: Contract

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 29 of 30

Section 7: Agreement

Agreement For Lump Sum/Time Based Contracts

Procurement Reference No: NPA/Srvcs/2016-17/00049

THIS AGREEMENT made this ________ day of _______________________, _____,

between _________________________________of __________________________

(hereinafter called “Procuring and Disposing Entity”), and _______________________ of

______________________________ (hereinafter called “the Consultant”).

WHEREAS

(a) The Procuring and Disposing Entity has requested the Consultant to provide certain

consultancy services (hereinafter called the “Services”) as defined herein and attached

to this Contract;

(b) the Consultant having represented to the Procuring and Disposing Entity that it has

the required professional skills, personnel and technical resources, has agreed to

provide the Services on the terms and conditions set forth in this Contract.

NOW THEREFORE the parties hereto agree as follows:

1. The documents forming the Contract shall be as stated in and in the order of priority

stated in the General Conditions of Contract.

2. The mutual rights and obligations of the Procuring and Disposing Entity and the

Consultant shall be as set forth in the Contract, in particular:

(a) The Consultant shall carry out the Services in accordance with the provisions

of the Contract; and

(b) the Procuring and Disposing Entity shall pay the Consultant the Contract

Price of ____________________ or such other sum as may become payable

under the provisions of the Contract, at the times and in the manner

prescribed by the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their

respective names as of the day and year first above written.

Signed by ___________________________ (Authorised Representative of the Procuring

and Disposing Entity)

Name: _______________________________ Position: ________________________

Part 4: Contract

RFP for Consultancy Services without publication of a notice of Expression of Interest issued by PPDA,

March 2014

Page 30 of 30

In the presence of:

Name: _______________________________ Position: ________________________

Signed by _____________________________ (Authorised Representative of the

Consultant)

Name: _______________________________ Position: ________________________

In the presence of:

Name: _______________________________ Position: ________________________